Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 02, 2022 SAM #7642
SOURCES SOUGHT

99 -- Central Technical Support Facility (CTSF) Site Support Operations

Notice Date
10/31/2022 6:53:22 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
W56JSR-22-F-XXXX
 
Response Due
11/7/2022 1:00:00 PM
 
Archive Date
11/08/2022
 
Point of Contact
Amber Peeples, Lynette Perez
 
E-Mail Address
amber.k.peeples.civ@army.mil, lynette.n.perez.civ@army.mil
(amber.k.peeples.civ@army.mil, lynette.n.perez.civ@army.mil)
 
Description
Market Survey for Central Technical Support Facility (CTSF) Site Support Operations DATE: 24 Oct 2022 NAICS CODE: 561210 OFFICE ADDRESS: US Army, CECOM CTSF, 53rd St. & Murphy Rd, Fort Hood, TX 76544 Sources Sought for multi-year contract for site support services at the CTSF RESPONSE DATE: TBD CONTACT POC: Amber Peeples, amber.k.peeples.civ@army.mil REFERENCE NUMBER: W56JSR-22-F-XXXX General Description of Effort: The purpose of this market survey is to locate potential sources to provide site support services for the CTSF located at Fort Hood, TX. The CTSF has a requirement for contractor-provided site support operations, to include facility access control, custodial services, facility management and maintenance, logistics planning/implementing/accountability functions, leases, and infrastructure support for modular buildings, both leased and government-owned, and government owned buildings located within the CTSF and the Install Yard, resulting in turnkey infrastructure support. The skills and knowledge required are in the following areas: security specialists, custodial services, maintenance, supply/logistics, and shipping/receiving. The contractor shall establish, retain, and/or maintain-in-force leases for infrastructure support for modular buildings and government owned buildings. This market survey is for site support services over a period of performance that will include a 30-day Transition-in Period; an eleven (11) month base period; and two (2) twelve (12) month option periods. This is subject to change. For the purposes of this RFI, the contractor should assume the work being conducted will occur at CONUS. Contractor attendance required for all Department of Defense (DoD), Department of the Army (DA) & Communications-Electronics Command (CECOM) Directed Mandatory Training. Special Requirements: A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a �Secret� Facility Clearance. Additional Information and Submission Details (Capabilities Statement): A draft Performance Work Statement (PWS) and Level of Effort are attached for review. (Attachment 1) Response Instructions: Responses should be emailed to Ms. Amber Peeples, Contracting Specialist, at amber.k.peeples.civ@army.mil no later than close of business, November 07, 2022. Interested companies should provide a capability statement (in Microsoft Word or Adobe Acrobat) no greater than 10 pages in length addressing the below questions and describe how they would propose to successfully perform each of the general support services listed in the attached CTSF Draft PWS dated August 2022. Submissions that exceed 10 pages will not be accepted. Subject line must read RFI CTSF - Your Company Name - Example: RFI CTSF - ABC Inc. Questions: 1. Please provide the following Point of Contact information: Company: CAGE Code: Point of Contact: Phone Number: Email Address: Web Site Address: 2. Please identify your company's small business size status based on the primary North American Industrial Classification System (NAICS) code of 561210 - Administrative Management and General Management Consulting Services. The Small Business Size Standard for this NAICS code is $38,500,000.00. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Large Business Concern Small Business Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business 3. Does your company possess the capabilities to independently provide the entire range of services called for in the description of requirement? Will your company act as a prime contractor or subcontractor. 4. If you answered YES to Question #3, what services specified in the PWS can your company provide? Please provide specific examples. 5. If you answered NO to Question #3, what services specified in the PWS can your company provide? Please provide specific examples. 6. For Small Business respondents with interest as a prime contractor, please estimate the maximum percentage of the overall requirement which your organization could perform with in-house resources. Consider the language at FAR Clause 52.219-14(c) -- Limitations on Subcontracting in your response. 7. Can the company provide support services for 90 days absent payment? 8. Please provide specific examples that describe any experiences, knowledge, and technical ability of what services specified in the PWS can your company provide? 9. Please identify whether the required services type is commercial or non-commercial, and identification of current or historical services provided. For example, company X provided (commercial or non-commercial) support services during the performance of X contract, in support of X organization. 10. Does your company provide the required services under a GSA schedule or contract? If so, please identify what services and the GSA schedule or contract. 11. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements of the entire description of requirement. Offerors are encouraged to identify teams, indicating each team member's size status based upon the North American Industrial Classification System (NAICS) code of the work that the team member may be doing. 12. Is your company currently providing similar services to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or nongovernment customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially 13. Can the company provide support services for all the PWS requirements at the Government's facilities located at Ft. Hood, TX, 76544, within 30 days of contract award? 14. What security classification level does the company currently maintain? 15. Does your company have a DCAA approved accounting system? 16. What expertise does your company possess in adding subcontractors after contract award? Has your company added multiple subcontractors in less than thirty (30) days after contract award? If so, please provide Contract Number(s), Point of Contact(s) (POCs), e-mail address, phone number, and a brief description of your effort to ensure no interruption of operations. 17. What expertise does your company possess in managing multiple, independent and separately appropriated funding streams that are individually managed for purposes of contract ceiling allotments? Has your company managed this type of funding stream on other contracts with similar efforts? If so, please provide Contract Number(s), Point of Contact(s) (POCs), e-mail address, phone number, and a brief description of your direct support. Additional Information: Attachment 1: Draft CTSF Site Support PWS (AUG 22)241022Redacted, Labor Category Qualifications and Level of Effort (LOE) Matrix
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d686ce04e4034c5b86732023302778db/view)
 
Place of Performance
Address: Fort Hood, TX, USA
Country: USA
 
Record
SN06506480-F 20221102/221031230112 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.